Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 25, 2012 FBO #3714
SOLICITATION NOTICE

J -- Purchase of Siemens On-Site Maintenance Service - Detailed Line Items

Notice Date
1/23/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811213 — Communication Equipment Repair and Maintenance
 
Contracting Office
Department of the Air Force, Direct Reporting Unit - Air Force District of Washington, 11th CONS, 1500 West Perimeter Rd, Suite 2780, Andrews AFB, Maryland, 20762-6500, United States
 
ZIP Code
20762-6500
 
Solicitation Number
FA2860-12-T-0062
 
Archive Date
2/15/2012
 
Point of Contact
Andrew Ahn, Phone: 2406125670, Catherine B. Perry, Phone: 301-981-1256
 
E-Mail Address
andrew.ahn@afncr.af.mil, Catherine.Perry@afncr.af.mil
(andrew.ahn@afncr.af.mil, Catherine.Perry@afncr.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Siemens Detailed Line Items PURCHASE OF SIEMENS ON-SITE MAINTENANCE SERVICE This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Solicitation number FA2860-12-T-0062 is being issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-55. This solicitation is set-aside 100% for Small Business. The North American Industry Classification System (NAICS) code is 811213, Communication Equipment Repair and Maintenance, and the small business size standard is $10 Million. Base Year 0001: (15 February 2012 - 14 February 2013): One (1) Siemens Essential On-Site Maintenance 24x7 (Mfg Part #MOS24742, HP4000 License-OS247) Amount: _____________ 0002: (15 February 2012 - 14 February 2013): One (1) Siemens Essential On-Site Maintenance 24x7 (Mfg Part #MOS24735, HiPath Trading-OS247) Amount: _____________ 0003: (15 February 2012 - 14 February 2013): One (1) Siemens Essential On-Site Maintenance 24x7 (Mfg Part #PHOS, Phone Replacement On-Site) Amount: _____________ 0004: SIFA Radio Interface Amount: _____________ 0005: PTT Headsets/Handsets Amount: _____________ 0006: PE 420 - HP Trading Server Amount: _____________ 0007: Optimux C-F Modem (4 T-1/E-1) Amount: _____________ 0008: 23-Ch DAKS Server, Rel 6.2 Amount: _____________ Total Amount for Base Year: _____________ Option Period I 1001: (15 February 2013 - 14 February 2014): One (1) Siemens Essential On-Site Maintenance 24x7 (Mfg Part #MOS24742, HP4000 License-OS247) Amount: _____________ 1002: (15 February 2013 - 14 February 2014): One (1) Siemens Essential On-Site Maintenance 24x7 (Mfg Part #MOS24735, HiPath Trading-OS247) Amount: _____________ 1003: (15 February 2013 - 14 February 2014): One (1) Siemens Essential On-Site Maintenance 24x7 (Mfg Part #PHOS, Phone Replacement On-Site) Amount: _____________ Total Amount for Option Year: _____________ Option Period II 2001: (15 February 2014 - 14 February 2015): One (1) Siemens Essential On-Site Maintenance 24x7 (Mfg Part #MOS24742, HP4000 License-OS247) Amount: _____________ 2002: (15 February 2014 - 14 February 2015): One (1) Siemens Essential On-Site Maintenance 24x7 (Mfg Part #MOS24735, HiPath Trading-OS247) Amount: _____________ 2003: (15 February 2014 - 14 February 2015): One (1) Siemens Essential On-Site Maintenance 24x7 (Mfg Part #PHOS, Phone Replacement On-Site) Amount: _____________ Total Amount for Option Year: _____________ TOTAL FOR BASE AND TWO OPTION YEARS: ____________________________ Performance Work Statement (PWS) 1.0 SCOPE 1.1 GENERAL This Performance Work Statement (PWS) establishes the requirements for maintenance and repair for the ACSSP located at Andrews Regional Command Post (ARCP) bldg 1220. Primary technical services shall be performed by individuals who are capable of performing maintenance and repair of the Siemens HiPath 4000 telephone switch (PBX), crisis management dispatch consoles and all associated Siemens telecommunications hardware, to include installed NICELOGGER and software that are installed. 1.2 SCOPE ARCP has a need to maintain and support the ACSSP equipment at Joint Base Andrews MD. The ACS system is operational 24 hours per day, 7 days per week. When the Contractor must schedule a service interruption for the purpose of working on the ACS, the work shall be done at a time that causes the least inconvenience to the system users. The Contractor shall notify and obtain approval from the on-site Government Representative (GR) or designated representative in advance of any scheduled service interruption. The Contractor shall specify the starting time and duration of the interruption along with what lines will be affected. 1.3 PERIOD OF PERFORMANCE The period of performance to accomplish all tasks in a given contract period will be twelve (12) months from the date of the award or option exercise, as applicable. 1.4 CONTRACT MANAGEMENT All requirements within the PWS apply to this effort and addressed in the Records Maintenance Reports as identified in paragraph 1.4.1 below. 1.4.1 Record Maintenance. The Contractor shall maintain the ACS trouble report records, and the records of any additional work on the ACS for each location for which maintenance is being provided. 1.4.2 Recordkeeping. The Contractor shall maintain the ACS Installation Records to include wiring, cabling, system layout drawings, floor plan drawings and assignment records. The Contractor shall preserve and retain all records and reports during the entire period of contract performance. This shall include copies of all as-built drawings that resulted from the initial installation. If the contractor alters an installation, the contractor shall provide updated drawings. The Contractor shall update these records no later than one (1) month following an action that altered the records. If requested by the Government, the contractor shall provide the original record or a reproducible copy of any such record within 5 working days of receipt of the request. These records shall be given to the on-site GR or his/her designated representative upon expiration of the contract. 1.4.3 Trouble Report Records. The Contractor shall maintain written records of all outages and trouble reports made by the on-site GR or his/her designated representative. These records shall include appropriate identification of the user by: station line affected, time, date, nature of the trouble, type of outage (major or minor), the action taken to clear or satisfy the trouble or complaint, and the date and time of trouble clearance, or other dispositions. If requested by the Government, the contractor shall provide the original record or a reproducible copy of any such record within 5 working days of receipt of the request. These records shall be given to the on-site GR or his designated representative upon expiration of the contract. 1.5 GOVERNMENT-FURNISHED INFORMATION/EQUIPMENT/MATERIALS/FACILITIES The contractor shall provide all personnel, equipment, tools, materials, supervision, and other items and services necessary to accomplish level of maintenance required. 1.6 SECURITY The contractor shall coordinate base access requirements with the on-site GR or representative. Contractor personnel will not require a security clearance. 2.0 REQUIREMENTS 2.1 LEVEL OF MAINTENANCE The Contractor shall perform corrective maintenance to restore all outages IAW the following subparagraphs. The Contractor shall provide verbal notification to the on-site GR or his designated representative at each site, within 4 hours after service is restored. Included in this verbal notification shall be a description of the corrective action(s) taken to restore the system to proper operation. 2.2. DEFINITIONS OF MAJOR/MINOR FAILURES. 2.2.1 Major Failures: Major failure is described as loss of supervision, conference capability, or ability to initiate or answer calls over 20 percent of the circuits terminated. If appropriate, the contractor shall respond remotely within two hours upon notification of the problem and attempt to restore service or respond on site within 4 hours of notification 24X7X365. 2.2.2. Minor Failures: Minor failure is described as any normal/abnormal hardware or software fault that degrades services to less than designed performance; but which does not constitute a Major. The contractor shall respond to all minor failures within 24 hours Monday through Friday during regular duty hours, excluding Siemens holidays. 3.0 PLANNING/PROGRAMMING The contractor shall provide all manpower and equipment necessary to complete the maintenance and support efforts at locations identified by the GR. This work will be conducted at the subject installation. The contractor shall present findings to the GR as stated in this PWS. 4.0 DELIVERABLES AND MAJOR ACTIVITIES The contractor shall deliver the following Deliverables: Performance Objective PWS Performance Threshold Record Maintenance 1.4.1 - 1.4.3 No more than (2) documented incidences of not receiving requested reports within the five (5) day time period allowed. Request for original or altered ACS installation as-built drawings. 1.4.2 No more than (2) documented incidences where the vendor fails to provide the requested drawings in the time specified. Notification to GR regarding service calls and corrective action. 2.1 No more than one (1) documented incidence of not notifying the GR or designee within 4 hours of repair Repair system within allotted time frame 2.2 - 2.3 No more than one (1) documented incidence where system was not repaired in the allotted time for the various failures. Availability of contractor support 2.1 - 2.3 Contractor receives more than two (2) formal customer complaints per year from any one location. All deliverables shall be submitted complete and free from error. Draft deliverables are considered "draft" only in that they have not been reviewed and coordinated with government representatives. The Contractor shall immediately advise the GR and the Contracting Officer of any circumstances that affect completion of this delivery order within the prescribed time.   FAR PROVISIONS: The provisions at 52.212-1, Instructions to Offerors-Commercial and addendum to FAR clause 52.212-1 applies to this acquisition are as follows: 52.214-31 (f) (1) Fax Number (240) 612-2173 (2) HP Laser Jet 3050, 52.252-1 http://farsite.hill.af.mil, 52.252-5: (b) DFARS (Chapter 2), 252.225-7000. All proposals must be received by 12:00pm EST on 31 January 2012 by mail to 11 CONS/LGCBA 1500 Perimeter Road, Suite 2780 Joint Base Andrews NAF Washington, MD 20762, or by fax to (240) 612-2176, or via email to andrew.ahn@afncr.af.mil. FAR 52.212-2, Evaluations-Commercial Items, applies to this acquisition. EVALUATION PROCEDURES: The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: 1. Technical - The capability of the services being offered to satisfy the requirements of the Performance Work Statement (PWS). The offeror shall provide with his/her offer sufficient documentation, addressing the PWS. The accompanying documentation must be adequate to enable the Government to reasonably evaluate the offeror's ability to successfully perform the requirements of the PWS. 2. Lowest Price Technically Acceptable (LPTA): An award will be made on the basis of the lowest evaluated price of proposals meeting or exceeding the acceptability standards for non-cost factors. Only those offerors determined to be in compliance with the requirements as stated above will be considered for award. If additional information is required to support price reasonableness, each offeror may be required to provide a hard copy of their price break-down. No partial proposals or proposals without specifications will be accepted. Non-conformance with this requirement may result in the offerors proposal being determined unacceptable. FAR 52.212-3, "Offeror Representations and Certifications-Commercial Items" applies to this acquisition and offeror(s) must include, a completed copy with its offer. FAR 52.212-3 can be obtained from http://farsite.hill.af.mil or from http:/orca.bpn.gov if registered in Online Representation and Certifications Application (ORCA). An offeror shall complete only paragraph (j) of this provision if the offeror has completed the annual representations and certifications electronically at ORCA. If an offeror has not completed the annual representations and certifications at the ORCA website, the offeror shall complete only paragraphs (b) through (i) of this provision. FAR CLAUSES: The clause at 52.212-4, Contract Terms and Conditions-Commercial Items applies to this acquisition and the applicable Addendum to FAR Clause 52.212-4 are as follows: 52.203-3, 52.204-9, 52.209-6, 52.211-6, 52.212-5 (dev), 52.214-34, 52.14-35, 52.217-8:15 days, 52.217-9: (a) 15 days, 60 days (c) 36 months, 52.233-6, 52.232-18, 52.233-3, 52.233-4, 52.247-34, 52.252-2 http://farsite.hill.af.mil, 52.252-6: (b) DFARS (Chapter 2), 52.253-1, 252.204-7003, 252.204-7004, ALT A, 252.204-7006, 252.212-7001 (DEV), 252.232-7003. 252.232-7010, 252.243-7001, 252.246-7000, and 5352.201-9101 (c): Col Timothy Applegate AFDW/PK, 1500 Perimeter Road, Suite 5750, Joint Base Andrews NAF Washington, MD 20762, Phone (240) 612-6111. FAR CLAUSE 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (DEV), including the following sub-clauses apply to this acquisition: 52.222-3, 52.222-19, 52.222-21, 52.222-22, 52.222-25, 52.222-26 52.222-36, 52.222-41, 52.222-50, and 52.232-33. To be eligible for an award, contractor must be registered in the Central Contractor Registration (CCR) database. A contractor can contact the CCR by calling 1-888-227-2423 or e-mail at http://www.ccr.gov. NO EXCEPTIONS. A DUNS (Dun and Bradstreet) number is required in order to register. All invoices shall be submitted through Wide Area Work Flow. You can register at https://wawf.ef.mil/index.html. All proposals must be received by 12:00pm EST on 31 January 2012. Proposals can be mailed to the 11 CONS/LGCBA 1500 Perimeter Road, Suite 2780 Joint Base Andrews NAF Washington, MD 20762, faxed to (240) 612-2172 or emailed to andrew.ahn@afncr.af.mil. An official authorized to bind your company shall sign and date the proposal. Questions concerning this solicitation should be addressed in writing to Lt Andrew Ahn, Contract Specialist, and Phone (240) 612-5670 and must be received no later than 12:00pm EST 24 January 2012.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFDW/89CONS/FA2860-12-T-0062/listing.html)
 
Place of Performance
Address: Andrews Regional Command Post - Building 1220, Joint Base Andrews NAF Washington, Md 20762, Andrews Air Force Base, Maryland, 20762, United States
Zip Code: 20762
 
Record
SN02659203-W 20120125/120123234305-7460afadd48c157d62e888221ecc6937 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.